Contract notice – utilities
Section I: Contracting
entity
I.1) Name and addresses
Network Rail Infrastructure Ltd
2904587
Waterloo General Offices
London
SE1 8SW
UK
Telephone: +44 1908781000
E-mail: Clare.Ward@networkrail.co.uk
NUTS: UK
Internet address(es)
Main address: www.networkrail.co.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
www.networkrail.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.networkrail.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
I.6) Main activity
Railway services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Occupational Health Services for OH Physician Resource, OH4OH Services and Specialist Service Referrals
II.1.2) Main CPV code
85100000
II.1.3) Type of contract
Services
II.1.4) Short description
Building on the Strategy of Control Period 6, Network Rail’s (NRs) Occupational Health (OH), Hygiene and Wellbeing vision, the commitment for Control Period 7 (CP7) is based on sustainable health.
NR recognise that people are the greatest asset and the key to achieving the vision of a better railway for a better Britain. NR value the diversity, skills, and contributions of employees and strive to provide a safe, healthy, and supportive work environment.
A key element of sustaining the workforce was the introduction of the NR Inhouse Occupational Health Service – the core service comprises OH technicians, OH advisers, clinical management, and governance, supported by an operational administration team. This service is delivered from twenty-two (22) of NR clinics.
NR are seeking to award additional services to support NR’s inhouse OH service.
The proposed lotting structure is as follows:
Lot 1: Occupational Health Physician Services, Occupational Health Service for the Occupational Health Services and Occupational Therapy Workplace Assessments & Neurodiversity Assessments.
Lot 2: Specialist Referrals
The purpose of this notice is to inform the Supply Chain that Network Rail intends to approach the market early March. The PQQ will be linked to the opportunity listing within BravoNR, once ready to publish.
Network Rail are not liable for any costs, fees, or expenses incurred by any party in replying to the tender event.
II.1.5) Estimated total value
Value excluding VAT:
14 176 700.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
Lot No: Lot 1
II.2.1) Title
Occupational Health Physician Services, Occupational Health Service for the Occupational Health Services and Occupational Therapy Workplace Assessments & Neurodiversity Assessments
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Occupational Health Physicians:
OHP Attendance Management referrals
OHP Preplacement referrals
OHP Escalations from safety critical medicals
Hand Arm Vibration Syndrome (HAVS) Tier 4
OHP Health Surveillance escalations (for example silica, welding fumes, noise)
Ill Health Retirement referrals (see section 4.1.1)
Driver and Vehicle Licensing Agency (DVLA) Group 2
Train Driver Medicals
Strategic project work - for example developing and improving medical standards (Excludes Clinical Governance responsibilities)
Case Conferences
Expert witness services
Occupational Health Services for the Occupational Health Service:
Pre-placement health assessment processed by the NR Shared Service team where fitness to work reports will be provided within 1 working day of assessment. For clinical staff there is an additional requirement to schedule a face-to-face vision test [colour and peripheral vision] as part of the pre-placement process.
Performance and attendance management referrals - where attendance triggers have been met, there is a concern over the impact of a disability or where guidance in relation to the impact of health on performance is required.
Ill Health Retirement referrals.
Occupational Therapy Workplace Assessment & Neurodiversity Assessments:
Provide occupational therapist resource either from an inhouse resource or a Supplier network.
To assess the suitability of work duties and to gain a better understanding of the nature of the Network Rail employee’s work, assessing the physical, psychosocial, cognitive and communication demands of the job.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
11 732 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
05/01/2026
End:
04/01/2029
This contract is subject to renewal: Yes
Description of renewals:
2 years + 2 years
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: Lot 2
II.2.1) Title
Specialist Referrals
II.2.2) Additional CPV code(s)
85100000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
Lot 2 – Specialist referrals
The requirement of specialist consultations, scans, assessments &and x-ray services to determine fitness to work either as part of the competence specific medical.
Chest X-ray programme for Respiratory Crystalline Silica
Including x-ray, radiologist reporting & management information
Not including employee selection and case management
MRI
Cardiology consultation (Initial appointment}
Cardiology consultation (review appointment)
Cardiologist echocardiogram
Cardiologist Exercise stress test
24-hour ECG Holter monitoring
ECG Interpretation (Train Driver medical only)
Neurology consultancy
Electroencephalogram
Psychological Assessment
Psychiatric Assessment
Any other specialist service required.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
2 444 700.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
05/01/2026
End:
04/01/2029
This contract is subject to renewal: Yes
Description of renewals:
2 years + 2 years
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Negotiated with call for competition
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
07/04/2025
Local time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date:
17/06/2025
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.4) Procedures for review
VI.4.1) Review body
Network Rail
Milton Keynes
MK91EN
UK
VI.4.2) Body responsible for mediation procedures
High Court
The Strand
London
WCA 2LL
UK
VI.5) Date of dispatch of this notice
04/02/2025